RUSCH PARK Ball Field Lighting Project

Project # 2012-10-66
RUSCH PARK
Ball Field Lighting Project
7801 Auburn Blvd.
CITRUS HEIGHTS, CA 95610
PROJECT MANAGER
Virgil Anderson
Sunrise Recreation & Park District
7801 Auburn Boulevard
Citrus Heights, CA 95610
916.725.0133
[email protected]
DATE:
Oct 1, 2012
CONTRACT NO.
PROJECT NO.
2012-10-66
2012-10-66
NOTICE TO CONTRACTORS
Notice is hereby given that the Sunrise Recreation and Park District of Sacramento County,
California, will receive sealed bids as follows:
BID DATE and TIME:
On or before 2:00 PM - Friday, Oct 19, 2012;
SUBMIT BIDS TO:
SUNRISE RECREATION & PARK DISTRICT
c/o Virgil Anderson
7801 Auburn Boulevard, Citrus Heights, CA 95610
BID OPENING
IMMEDIATELY FOLLOWING BID DUE DATE & TIME
FOR:
CONTRACT NO. 2012-10-66
Ball Field Lighting Project
Rusch Park, 7801 Auburn Blvd.
Citrus Heights, CA 95610
ESTIMATED CONSTRUCTION COST
FOR BASE BID:
$ 120,000
10
CONTRACTOR’S CALIFORNIA
LICENSE AND/OR CLASS REQUIRED
A General Engineering Contractor
or C-10 Electrical Contractor
PRE-BID CONFERENCE DATE
and TIME:
None
PRE-BID CONFERENCE LOCATION
None
PROJECT DESCRIPTION: The project is located at the west end of Rusch Park NW of the
intersection of Antelope Road and Lauppe Lane in Citrus Heights, CA 95610.
The work to be performed under this contract includes the furnishing of all labor, some materials,
equipment, transportation and services necessary for the installation for the installation of MUSCO
Ball Field Lighting, Controllers and wires at Rusch Park Ball Diamonds 1 & 2. The District will
purchase the poles, light arrays and controller from MUSCO. The Contractor will arrange for delivery,
receiving, storage and installation of MUSCO equipment. The Contractor will furnish the non MUSCO
materials necessary to power the equipment including but not limited to pull boxes, pads wire and
connectors. Pre-existing conduit is available for the majority of new wire runs but new work will be
required between the new pole location and the existing boxes locations. Existing boxes to be
changed out to new generation Christy concrete pull boxes with diagonal captive nut design.
2012-10-66
Award of this contract requires a valid California contractor’s license with the classification identified
above.
PREVAILING WAGE - Pursuant to the California Labor Code Section 1720 and following this is a
prevailing wage project.
The County of Sacramento received final approval from the Director of the California Department of
Industrial Relations as a Labor Compliance Program effective March 15, 1994. All questions
regarding this Labor Compliance program should be directed to the Sacramento County Labor
Compliance Officer, Harmail Nijjar (916) 875-2771.
PROCEDURE TO OBTAIN CONTRACT DOCUMENTS:
 The Plans and Specifications are available for down load from the District’s website at no
cost to the contractor at: http://sunriseparks.com/about/bids-rfps/ . It is the contractor’s
responsibility to check the website for addendums and updates. Bid results will be posted on
the website for 30 days following the bid date.
 Plans and Specifications: Each set (1 volume of bid specifications) can be sent electronically
by emailing [email protected]. Emails should contain Contractors name and
contact information (name, mailing address, phone, fax, email address, etc.).

1.)
2.)
3.)
4.)
Plans and Specifications are also available at the following locations:
Sacramento Builders Exchange - 1331 T Street, Sacramento CA 95811
Sacramento Builders Exchange - 151 N Sunrise, Suite 511, Roseville, Ca, 95661
Placer County Contractors Assoc. - 10656 Industrial Ave. Roseville, CA 95678
McGraw Hill Construction - 4020 Lennane Drive, Bldg 2, Suite 104, Sacramento, Ca
95834 Available online only from this exchange.
The Standard Construction Specifications, which are incorporated by reference in the Contract
Documents, may be downloaded from the County website at www.saccountyspecs.net .
SUBMITTALS - Each bid must be submitted on the proposal bid forms provided in the Contract
Documents. Each bid must also be accompanied by security in the form of a bid bond issued by a
corporate surety, a certified check, or cashier’s check payable to Sunrise Recreation and Park
District, or cash for an amount not less than ten percent (10%) of the aggregate sum of the bid.
The successful bidder shall be required to execute a Material and Labor Payment Bond and
Performance Bond issued by a corporate surety, acceptable to the Sunrise Recreation and
Park District, for the Rusch Park Ball Field Lighting Project- . Each bond shall not be less than
one hundred percent (100%) of that portion of the contract price.
Pursuant to California Contract Code Section 22300, the contractor may, at its own expense,
substitute securities for any money being withheld by the County to ensure performance under this
contract.
2012-10-66
QUESTIONS & ADDENDA- Please direct pre-bid questions in writing to the Project Manager
Virg Anderson, Sunrise Recreation & Park District, by fax (916.725-2541) or by e-mail at
[email protected].
Deadline for questions is 9 am three (3) workdays prior to the bid deadline. Addendums and answers
to all questions will be posted on the website no later than 24 hours prior to bid due date and time.
The Board reserves the right to reject any or all bids, to waive any informality in any bid, and to
determine which bid, in the judgment of the Board, is the lowest responsive bid of a responsible
bidder.
By order of the Board of Directors Sunrise Recreation and Park District a Special District of the
County of Sacramento, California, dated September 9, 2012.
Dave Mitchell
District Administrator
Sunrise Recreation and Park District
2012-10-66
HAVE YOU:
USED THE CORRECT
PROPOSAL -- BID FORM? A
REVISED PROPOSAL -- BID
FORM IS SOMETIMES
ISSUED BY ADDENDUM.
CHECKED YOUR UNIT
PRICES FOR CORRECT
PLACEMENT OF DECIMAL
POINTS?
CHECKED YOUR ARITHMETIC?
ACKNOWLEDGED RECEIPT OF ALL ADDENDA, IF ANY, IN THE
SPACE PROVIDED?
SIGNED THE PROPOSAL -- BID FORM IN THE SPACE
PROVIDED?
INCLUDED WITH YOUR PROPOSAL -- BID FORM A BIDDER’S
BOND, CERTIFIED CHECK OR CASHIER’S CHECK IN AN
AMOUNT NOT LESS THAN TEN PERCENT (10%) OF THE
AMOUNT BID (INCLUDING ANY ALTERNATE BID)?
PROVIDED ALL INFORMATION CALLED FOR IN THE
DESIGNATION OF SUBCONTRACTORS?
CAUTION:
FAILURE TO COMPLY WITH THESE REQUIREMENTS
ON PAST PROJECTS HAS RESULTED IN THE
REJECTION OF BIDS. IT IS EXTREMELY IMPORTANT
THAT THE BIDDER COMPLETES ALL PORTIONS OF
THE PROPOSAL -- BID FORM AND CHECK ALL
ENTRIES.
FIRM NAME__________________________________________
PROJECT NO. 2012-10-66
SUNRISE RECREATION AND PARK DISTRICT
PROPOSAL -- BID FORM
Rusch Park
Ball Field Lighting Project
SUBMIT BID TO:
BID OPENING:
Sunrise Recreation & Park District
c/o Virg Anderson
7801 Auburn Boulevard
Citrus Heights, CA 95610
Sunrise Recreation & Park District
c/o Virg Anderson
7801 Auburn Boulevard
Citrus Heights, CA 95610
NO LATER THAN: 2:00 P.M.
ON BID DATE
APPROXIMATELY 2:10 P.M.
ON BID DATE
TO:
Board of Directors
Sunrise Recreation and Park District
STATE OF CALIFORNIA
I.
BID:
Pursuant to your published NOTICE TO CONTRACTORS for the above referenced project, and in
accordance with the approved Plans and Specifications for that project, the following bid for said
entire project is hereby submitted by the firm indicated in Part VII (Contractor Information) of this Bid
Form.
LUMP SUM PRICED ITEM BASE BID Rusch Park:
ITEM
NO.
1
2
3
4
5
UNIT OF
MEASURE
ITEM DESCRIPTION
Coordinate with MUSCO for
equipment delivery and shortages
Contractor to take possession of
and securely store equipment prior
to installation
Set & power Equipment Pad and
MUSCO Control Link Control
Panel
Install 9 MUSCO Poles & Light
Arrays
Wire and power all Lights
including 10th pre-existing pole
AMOUNT
(IN FIGURES)
LUMP SUM
LUMP SUM
LUMP SUM
LUMP SUM
LUMP SUM
LUMP SUM ITEM BASE BID Rusch Park:
SUBTOTAL A:
SUM OF ALL LUMP SUM ITEMS AMOUNT $ _________________
SUBMIT THIS SHEET AS PART OF YOUR BID
PROPOSAL SHEET 1 OF 6
FIRM NAME__________________________________________
PROJECT NO. 2012-10-66
(in figures)
ADDITIVE ALTERNATE UNIT PRICE ITEM BASE BID Rusch Park:
ITEM
NO.
ITEM DESCRIPTION
UNIT OF
MEASURE
APPROX.
QTY.
1
2” Sch 40 PVC metallic Conduit
Feet
100
2
2 ½” Sch 40 PVC Metallic
Conduit
Feet
100
3
3” Sch 40 PVC Metallic Conduit
Feet
100
4
Trenching, Backfill & Compact
Feet
100
5
Boring
Feet
100
AMOUNT
(IN FIGURES)
UNIT PRICE ITEM BASE BID Rusch Park:
SUBTOTAL B:
SUM OF ALL UNIT PRICE ITEMS AMOUNT $ _________________
(in figures)
ADDITIVE ALTERNATE LUMP SUM ITEM BID Rusch Park:
ITEM
NO.
1
ITEM DESCRIPTION
Switchboard
UNIT OF
MEASURE
AMOUNT
(IN FIGURES)
LUMP SUM
ADD ALT ITEM BID Rusch Park:
SUBTOTAL C:
SUM OF ALL LUMP SUM ITEMS AMOUNT $ _________________
(in figures)
TOTAL BASE BID Rusch Park: (A)
TOTAL BID:
SUM OF ALL LUMP SUM ITEMS AMOUNT $ _________________
(Total of Subtotal A; plus Subtotal B )
(in figures)
Notes:
1. Bidders must submit bids for each lump sum item, unit price item. If a bid is missing a lump sum
price or a unit price in either the unit price items or any alternate, then the bid will be deemed
incomplete and the bid will be rejected as non-responsive.
2. In the event the product of a unit price and an estimated quantity do not equal the extended
amount stated, the unit price will govern and the correct product of the unit price and the
estimated quantity shall be deemed to be the amount bid.
SUBMIT THIS SHEET AS PART OF YOUR BID
PROPOSAL SHEET 2 OF 6
FIRM NAME__________________________________________
PROJECT NO. 2012-10-66
3. The Advisory Board of Directors shall determine the lowest responsible, responsive bidder based
on the lowest TOTAL BASE BID or reject all bids. (For Item LUMP SUM ITEM BASE BID
SUBTOTAL A)
SUBMIT THIS SHEET AS PART OF YOUR BID
PROPOSAL SHEET 3 OF 6
FIRM NAME__________________________________________
II.
PROJECT NO. 2012-10-66
ADDENDA:
Acknowledgment is hereby made of receipt and incorporation of addendum number
_____through _____ into this Bid.
III.
BID GUARANTY:
Bid security must be a bidders bond, a certified check or cashier’s check payable to Sunrise
Recreation and Park District, or cash. Bids secured by personal checks or personal
guarantees will be rejected.
IV.
AFFIDAVIT OF NON-COLLUSION:
The bidder swears and deposes that he or she is the party making the foregoing bid, that the
bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive for
sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in
a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed
with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding;
that the bidder has not in any manner, directly or indirectly, sought by agreement,
communication or conference with anyone to fix the bid price of the bidder or any other bidder,
or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or
to secure any advantage against the public body awarding the contract of anyone interested in
the proposed contract; that all statements contained in the bid are true; and, further that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or
the contents thereof, or divulged information or data relative thereto, or paid, and will not pay,
any fee to any corporation, partnership, company, association, organization, bid depository or
to any member or agent thereof to effectuate a collusive or sham bid.
V.
SUBCONTRACTOR LISTING:
In accordance with the California Public Contract Code, Division 2, Part 1, Chapter 4,
Section 4100, and following, the subcontractors listed on the Bid Form will perform the
indicated work of improvement on the project.
VI.
TYPE OF BUSINESS (Check One):
[ ] CORPORATION STATE OF INCORPORATION________________________________
[ ] PARTNERSHIP
[ ] JOINT VENTURE
[ ] PRIVATE INDIVIDUAL
[ ] INDIVIDUAL DOING BUSINESS UNDER A FIRM NAME
SUBMIT THIS SHEET AS PART OF YOUR BID
PROPOSAL SHEET 4 OF 6
FIRM NAME__________________________________________
VII.
PROJECT NO. 2012-10-66
CONTRACTOR INFORMATION
Firm Name
Address
_____________________________________________________
NOTE: In addition, place name on each Proposal Sheet where space is provided
_____________________________________________________
_____________________________________________________
E-mail
_____________________________________________________
Telephone
(
) ______________________
Fax
(
)
Contractor’s License Number ________________________________________
Contractor’s License Expiration Date __________________________________
Contractor’s License Classification ____________________________________
Contractor’s Federal Tax I.D. Number __________________________________
I HEREBY CERTIFY UNDER PENALTY OF PERJURY THAT THE
ABOVE STATEMENTS ARE TRUE.
BID AND CERTIFICATION SUBMITTED _______________________________
DATE
SIGNATURE
_________________________________________
AUTHORIZED REPRESENTATIVE
_________________________________________
PRINT OR TYPE NAME
TITLE
_________________________________________
How did you hear about this bid opportunity? (Check one please)
( )
Direct notice by mail
( )
Builder’s Exchange
( )
Trade journal
( )
Other (please specify)
Thank you. This will help us to determine how to best promote bid opportunities.
SUBMIT THIS SHEET AS PART OF YOUR BID
PROPOSAL SHEET 5 OF 6
PROJECT NO. 2012-10-66
Firm Name
__________________________________
DESIGNATION OF SUBCONTRACTORS
In accordance with the Public Contract Code, Part 1, Chapter 4, Subletting and
Subcontracting, bidders must list the names and location of places of business of all
subcontractors who will perform work or labor or render service to the bidder in an
amount in excess of one-half of one percent (0.5%) of the total bid. Refer to Section 2-8
of the Standard Construction Specifications.
The apparent low bidder must submit a listing of license numbers for all subcontractors
within three days, not counting Saturdays, Sundays, and holidays, of bid opening. If the
low bidder is not the apparent low bidder, the apparent low bidder shall submit the
license numbers of all listed subcontractors to the Agency within three days not
counting Saturdays, Sundays, and holidays, of the date notified.
PORTION/TYPE OF
WORK
SUBCONTRACTOR’S
NAME
BUSINESS LOCATION
CITY, STATE
(USE ADDITIONAL SHEETS IF NECESSARY)
SUBMIT THIS SHEET AS PART OF YOUR BID
PROPOSAL SHEET 5 OF 6
Firm Name
__________________________________
COMPETENCY OF BIDDERS
PROJECT NO. 2012-10-66
The following list of projects meets the requirements of Section 1.14.B and the contract as
referenced by the General Contractor, the Awarding Authority or their agent or designee.
1.
Owner:
Scope of Project:
(Previous Installation of Athletic Field Lighting Project.)
Approx. Completion Date:
Project Location:
Project Manager:
Phone Number:
2.
Owner:
Scope of Project:
(Previous Installation of Athletic Field Lighting Project.)
Approx. Completion Date:
Project Location:
Project Manager:
Phone Number:
3.
Owner:
Scope of Project:
(Previous Installation of Athletic Field Lighting Project.)
Approx. Completion Date:
Project Location:
Project Manager:
Phone Number:
4.
Owner:
Scope of Project:
(Previous Installation of Athletic Field Lighting Project.)
Approx. Completion Date:
Project Location:
Project Manager:
Phone Number:
(USE ADDITIONAL SHEETS IF NECESSARY)
SUBMIT THIS SHEET AS PART OF YOUR BID
PROPOSAL SHEET 6 OF 6
PROJECT NO. 2012-10-66
Rusch Park
Ball Field Lighting Project
TABLE OF CONTENTS FOR CONTRACT DOCUMENTS
BIDDING REQUIREMENTS
NOTICE TO CONTRACTORS
PROPOSAL -- BID FORM
PAGES INCLUSIVE
Notice to Contractors 1-3
Bid forms 1-7
Note:All portions of the County of Sacramento Municipal Services Agency Standard
Construction Specifications, dated September 2001, revised March 2004 and
January 2008, are hereby made part of these specifications. Modifications to the
Standard Construction Specifications are noted in section 01000 of these
specifications. The Standard Construction Specifications along with these project
specifications shall be considered as one body of specifications.
DIVISION 1 - GENERAL REQUIREMENTS
Section 01000 - SPECIAL PROVISIONS
1.01
1.02
1.03
1.04
1.05
1.06
1.07
1.08
1.09
1.10
1.11
1.12
1.13
1.14
Scope of Work
Project Location
Drawings
Submission of Bids and Award of Contract
Contract Bonds
Certificate of Insurance
Environmental Liability Insurance
Builders’ Risk Insurance
Time of Completion
Liquidated Damages
Pre-Bid Conference
Labor Compliance
Technical Specifications Format
Modifications to Standard Construction Specifications
A.
2-3
Examination of Plans, Specifications, and Site of Work
B.
2-6
Competency of Bidders
C.
2-8
Subcontractors (NO CHANGES)
D.
3-3
Consideration of bids
E.
3-9.04.C
Builder’s Risk Insurance
F.
4-3
Conformance With Codes and Standards
G.
5-8.01
Submittals – General
H.
5-9.01
Agency-Furnished Surveys
I.
7-1
Beginning of Work (NO CHANGES)
J.
7-10
Protection of Work, Persons, and Property
K.
9-23
No Waiver of Government Claim Process
L.
10-4.04
Stormwater Pollution Prevention Plan (NOT USED)
M.
10-4.05
Erosion and Sediment Control Plan
N.
11-3
Record Drawings
PROJECT NO. 2012-10-66
1.15
1.16
1.17
1.18
1.19
1.20
1.21
1.22
1.23
1.24
1.25
1.26
1.27
1.28
1.29
1.30
1.31
1.32
1.33
Accuracy of Drawings and Specifications
Record Drawings and Specifications
Utilities
Site Access, Storage of Supplies, Materials, Equipment, etc.
Testing
Asbestos Materials
Signs
Contractor’s Field Office
Inspector’s Field Office
Construction Site Utilities
Cutting and Patching
Special Security Requirements
Schedule of Work and Limitations
Environmental Mitigation Measures
Construction Meeting
Manufactured Housing Units (NOT USED)
Extended Warranty (NOT USED)
Required Submittal List
Airport Policies (NOT USED)
DIVISION 2 – SITE WORK
Section 02000
2.01
2.02
2.03
2.04
2.05
Pedestrian Traffic Control
Clearing, Grubbing, Excavation and Grading
Demolition
Water Connection
Recycled Aggregate Base
DIVISION 3 - CONCRETE
Section 03000
3.01
3.02
3.03
3.04
3.05
3.06
3.07
Concrete
Submittals
Quality Assurance
Delivery, Storage and Handling
Project Conditions
Concrete Finish
Concrete Hardener/Sealer
PROJECT NO. 2012-10-66
DIVISION 4 - MASONRY (NOT USED)
DIVISION 5 - METALS (NOT USED)
DIVISION 6 - WOOD, PLASTICS, CARPENTRY (NOT USED)
DIVISION 7 - THERMAL AND MOISTURE PROTECTION (NOT USED)
DIVISION 8 - DOORS AND WINDOWS (NOT USED)
DIVISION 9 - FINISHES (NOT USED)
DIVISION 10 - SPECIALTIES (NOT USED)
DIVISION 11 - EQUIPMENT (NOT USED)
DIVISION 12 - FURNISHINGS (NOT USED)
DIVISION 13 - SPECIAL CONSTRUCTION (NOT USED)
DIVISION 14 - CONVEYING SYSTEMS (NOT USED)
DIVISION 15 - MECHANICAL (NOT USED)
DIVISION 26 - ELECTRICAL
Section 02600
260010
Basic Electrical Requirements
260519
Building Wire and Cable
260526
Grounding and Bonding
260529
Electrical Hangers and Supports
260531
Conduit
260533
Boxes
260543
Underground Ducts and Structures
260553
Electrical Identification
262416
Panelboards
262816
Overcurrent Protective Devices
APPENDIX A -
Required Submittal List
PROJECT NO. 2012-10-66
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01000 - SPECIAL PROVISIONS
1.01
SCOPE OF WORK
The Contractor shall perform, furnish and complete the following under one contract:
The work to be performed under this contract includes the furnishing of all labor, some
materials, equipment, transportation and services necessary for the installation for the
installation of MUSCO Ball Field Lighting, Controllers and wires at Rusch Park Ball
Diamonds 1 & 2. The District will purchase the poles, light arrays and controller from
MUSCO. The Contractor will arrange for delivery, receiving, storage and installation of
MUSCO equipment. The Contractor will furnish the non-MUSCO materials necessary to
power the equipment including but not limited to pull boxes, pads wire and connectors.
Preexisting conduit is available for the majority of new wire runs but new work will be
required between the new pole location and the existing boxes locations. Existing boxes
to be changed out to new generation Christy concrete pull boxes with diagonal captive
nut design.
Note: All trees marked on plans to remain on site must be protected from damage
throughout the length of construction, as per the Sacramento County Tree Ordinance
and Section 1.28.
All work shall be performed per the plans, written specifications and Sacramento County
Construction Standards dated January 2008. The contract price shall include full
compensation for all equipment, materials and labor to complete all work as specified
herein and no additional compensation shall be allowed.
1.02
PROJECT LOCATION
Rusch Park – West End
7801 Auburn Blvd
Citrus Heights, CA 95610
1.03
DRAWINGS
The contract drawings are entitled:
RUSCH PARK
Ball Field Lighting Project 2012-10- 66
1.04
SUBMISSION OF BIDS AND AWARD OF CONTRACT
Preparation and submission of the bid proposal and award of contract shall be in
accordance with Section 2 and 3 of the Standard Construction Specifications except as
modified herein.
PROJECT NO. 2012-10-66
1.05
CONTRACT BONDS
Refer to Section 3-4 of the Standard Construction Specifications along with the following
clarifications.
A faithful Performance Bond and Payment Bond in a sum not less than 100% of the
total contract price shall be provided by the contractor. Bond forms shall be those
shown in Appendix A of the Standard Construction Specifications.
If you have any questions, contact the Project Manager, Virg Anderson at:
[email protected].
1.06
CERTIFICATE OF INSURANCE
Before beginning any work, the contractor shall furnish or have on file, satisfactory
certificates of insurance. The certificates must be held by the Sunrise Recreation and
Park District, a special District of Sacramento County and must remain in effect for the
duration of the contract. See Section 3-9 of the Standard Construction Specifications
for insurance requirements. The standard Insurance Accord Form is acceptable.
If you have any questions, contact Sunrise Recreation and Park District at:
Sunrise Recreation and Park District
Phone number (916) 725-1585
Fax number (916) 725-2541
1.07
ENVIRONMENTAL LIABILITY INSURANCE
Environmental Liability Insurance will not be required for this project.
1.08
BUILDER’S RISK INSURANCE
Builder’s Risk Insurance will not be required for this project.
1.09
TIME OF COMPLETION
The time for completion of this contract shall be 30 calendar days commencing as
specified in Section 7-1 of the Standard Construction Specifications and as modified
below in 1.14 H. It is the expectation that the lighting will be installed prior to the start of
the rain window.
PROJECT NO. 2012-10-66
1.10
LIQUIDATED DAMAGES
Liquidated damages shall be $200 for each calendar day(s) delay beyond the
established contract completion date that all work, is not completed. Refer to Section 810 of the Standard Construction Specifications.
1.11
PRE-BID CONFERENCE
A pre-bid conference will not be held as noted in the NOTICE TO CONTRACTORS.
1.12
LABOR COMPLIANCE
The County of Sacramento received final approval from the Director of the California
Department of Industrial Relations as a Labor Compliance Program effective March 15,
1994. All questions regarding this Labor Compliance program should be directed to the
Construction Management Division, Labor Compliance Division, Attn: Harmail Nijjar
(916) 875-2711 or fax (916) 875-2717. In accordance with Section 1771.5 of the California
Labor Code, the payment of the general prevailing rate of per diem wages or the
general prevailing rate of per diem wages for holiday and overtime is not required for
any project of $25,000, or less, when the project is for construction work, or of $15,000,
or less, when the project is for alteration, demolition, repair, or maintenance work.
This is a “construction” project in accordance with Section 1771.5 of the California Labor
Code.
Pursuant to the California Labor Code Section 1720 and following, and Section 1770
and following, the successful bidder shall pay not less than the prevailing rate of per
diem wages as determined by the Director of the California Department of Industrial
Relations. Copies of the prevailing wage determinations are on file in the office of the
Clerk of the Board and are available upon request from the labor compliance office at
(916) 875-2700. Wage schedules may be downloaded at the DIR website:
http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm
1.13
TECHNICAL SPECIFICATIONS FORMAT
The project specifications use the Construction Specifications Institute (CSI) format
which is comprised of 16 divisions. The CSI format divisions shall not operate to make
the County an arbiter to establish subcontract limits between Contractor and/or
subcontractors. The General Contractor is responsible to the County for all phases of
construction and a complete job.
PROJECT NO. 2012-10-66
1.14
MODIFICATIONS TO STANDARD CONSTRUCTION SPECIFICATIONS
Modifications shall be made to the Standard Construction Specifications as follows:
A.
2-3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK
The following statement shall be added to this section: “Direct pre-bid questions
in writing to Project Manager Virg Anderson, Sunrise Recreation and Park
District, by E-mail at [email protected]
B.
2-6. COMPETENCY OF BIDDERS
In addition to the requirements within the most recent Sacramento County
Standard Construction Specifications, the following will also be required at bid
opening.
1. Primes and All Subcontractors
a.
The Electrical as herein described and specified in Division 2 of the
Project Manual shall be the complete responsibility of a qualified and
specifically licensed Contractor (A license classification within the
State of California) with experience in Athletic Lighting installation.
b.
The General Contractor shall require any sub-contractor to furnish to
the General Contractor performance and payment bonds in the
amount of 100% of the sub-contractor’s bid written by a Surety
Company properly registered in the State of California and listed by
the U.S. Treasury. The expense of the bond(s) is to be borne by the
Contractor or Subcontractor. The General Contractor shall clearly
specify the amount and requirements of the bond(s) in the General
Contractor’s written or published request for sub bids. The General
Contractor’s written or published request for sub bids shall also
specify that the bond(s) expense is to be borne by the Contractor or
Subcontractor.
c.
Contractor or Subcontractor certifies that it meets the qualifications
and experience requirements established in Division 2 of these
specifications as follows:
i. Contractor or Subcontractor has previously installed at least four
athletic field lighting project.
ii. The form on Proposal Sheets 7 and 8, “Competency of
Bidders”, must be filled out, detailing a minimum of four (4)
references for each portion of work requested, and submitted
with bid. Failure to do so will be grounds for rejection.
2. Quality Assurance
a. All work in this section shall be performed or supervised by the
General Contractor.
b. Qualifications of Workers:
PROJECT NO. 2012-10-66
i. The contractor / subcontractor for this portion of the Work shall
have been successfully engaged in the respective trade for at
least four (4) years immediately prior to commencement of this
work, and shall demonstrate to the approval of the Owner’s
Representative that his record of workmanship is satisfactory.
ii. For actual construction operations, use only thoroughly trained
and experienced workers completely familiar with the materials
and methods specified.
iii. Provide at least one person who shall be present at all times
during execution of this portion of the Work and who shall be
thoroughly familiar with the type of materials being installed, the
referenced standards, and the requirements of this Work, and
who shall direct all Work performed under this Section.
c. Standards:
i. All equipment and installation shall comply with the most recent
Sacramento County Standard Construction Specifications.
ii. In addition to complying with County Standards, all electrical
equipment and installation shall be designed, manufactured,
and supplied in accordance with the latest applicable standards
of:
A.
B.
C.
D.
E.
C.
American National Standards Institute (ANSI)
American Society for Testing and Materials (ASTM)
Insulated Cable Engineers Association (ICEA)
National Electric Manufacturers Association (NEMA)
Underwriters Laboratories Inc. (UL)
2-8. SUBCONTRACTORS
NO CHANGES
D.
3-3 CONSIDERATION OF BIDS
Sentence three of paragraph two shall be replaced with the following:
If the bid is missing a lump sum price or a unit price, in either the base bid or any
alternate, then the bid will be deemed incomplete and the bid will be rejected as
non-responsive.
E.
3-9.04.C BUILDER’S RISK INSURANCE
Builder’s Risk Insurance will not be required on this project.
F.
4-3. CONFORMANCE WITH CODES AND STANDARDS
Add to the Applicable Standards and Regulations “The UMC”.
G.
5-8.01. SUBMITTALS – GENERAL
PROJECT NO. 2012-10-66
The last sentence of the first paragraph shall be replaced with the following:
Submittals shall be submitted within 30 days of execution of the contract, or at
least 60 days prior to when the material will be ordered.
Sentence one of paragraph three shall be replaced by the following:
Two (2) hard Copies of all submittals shall be furnished or one electronic copy.
H.
5-9.01 AGENCY-FURNISHED SURVEYS
The entire section shall be deleted and replaced with the following:
The contractor shall be responsible for and shall perform all surveys and
measurements necessary for layout and control of work in accordance with
Section 5-9.03 of the Standard Construction Specifications.
I.
7-1. BEGINNING OF WORK
NO CHANGES
J.
7-10. PROTECTION OF WORK, PERSONS, AND PROPERTY
The following paragraph shall be added to this section:
Provide temporary fencing, lock boxes etc., as required to protect material
storage, equipment and building under construction from theft, vandalism and
unauthorized entry.
The Contractor shall be responsible for the protection of all utilities and site
improvements, etc., from damage, cosmetic or real, during the Work. The
Contractor shall be responsible for all damage in the area of Work, or any other
area in the building or on the site, caused by Contractor, his employees or
subcontractors.
K.
9-23. NO WAIVER OF GOVERNMENT CLAIM PROCESS
The following paragraph shall be added to section 9 CHANGES AND CLAIMS
9-23 NO WAIVER OF GOVERNMENT CLAIM PROCESS
No statement in the County of Sacramento Standard Construction Specifications
or any Special Provisions for this Contract shall constitute a waiver of
government claim filing requirements pursuant to Title 1, Division 3.6 of the
California Government Code or as otherwise set forth in local, state and federal
law.
L.
10-4.04. STORMWATER POLLUTION PREVENTION PLAN
PROJECT NO. 2012-10-66
NOT USED
M.
10-4.05. EROSION AND SEDIMENT CONTROL BMP
The following paragraph shall be added to this section.
An Erosion and Sediment Control Plan (ESCP) has not been prepared in these
Contract Documents.
Acceptance of the contract does not preclude the Contractor from responsibility
for taking the proper actions to prevent contaminates and/or sediments from
leaving the construction site should any unforeseen circumstances occur. The
Contractor shall take immediate action if directed by the Project Manager, or if
the Contractor observes contaminates and /or sediments entering and surface or
ground water drainage, to prevent further storm water from entering the drainage.
The Contractor shall be responsible throughout the duration of the Project for
installing, inspecting, and maintaining the Best Management Practices (BMP)
control measures and for removing and disposing of temporary control
measures.
Full compensation for complying with and implementing the Erosion and
Sediment BMP, including all labor, materials, tools, equipment and incidentals,
and all work necessary to place, maintain and remove BMPs as required, and to
carry out all training, inspection, monitoring programs, and to perform any other
work necessary to comply with the requirements, shall be included in the lump
sum bid price.
N.
11-3. RECORD DRAWING SPECIFICATIONS
The entire Section 11-3 shall be replaced with paragraph 1.16 of this
specification section.
1.15
ACCURACY OF DRAWINGS AND SPECIFICATIONS
The existing conditions depicted on the drawings and specifications are developed from
record information. Exact locations, distances, dimensions, elevations, etc., shall be
governed by actual field conditions and verified by the Contractor.
1.16
A.
RECORD DRAWINGS AND SPECIFICATIONS
Maintain on the construction site, one set of the following record documents,
which record actual revisions to the work:
1.
2.
3.
4.
5.
6.
Drawings
Specifications
Addenda
Request for information
Field instructions
Change orders and other modifications to the contract
PROJECT NO. 2012-10-66
7.
8.
Reviewed shop drawings, product data and samples
Manufacturer’s instruction for assembly, installation, and operation
B.
Ensure entries are complete and accurate, enabling future reference by the
County.
C.
Store record documents separate from documents used for construction.
D.
Keep record information concurrent (within 7 days) of construction progress.
E.
Specifications: Legibly mark and record at each product section a description of
the actual products installed, including the following:
1.
2.
3.
F.
Record drawings
1.
G.
Manufacturer’s name, product model, and number.
Product substitutions or alternates utilized.
Changes made by addenda and modifications.
Legibly mark each item to record actual construction including:
a.
Measured horizontal and vertical locations of underground utilities
and appurtenances referenced to permanent surface
improvements. This shall include, but shall not be limited to piping,
conduit, valves, stubouts, etc.
b.
Measured locations of internal utilities and appurtenances
concealed in construction, referenced to visible and accessible
features of the work. This shall include, but shall not be limited to
piping, conduit, valves, stubouts, etc.
c.
Field changes of dimension and detail.
d.
Details not on original contract drawings.
Progress Record Documents
Record Documents shall include all subcontractor changes and shall be kept
current as the work progresses. Progress documents shall be made available
and subject to review and approval by the Project Inspector and the Project
Manager at each progress payment.
H.
Final Record Documents
The Contractor shall submit one completed set of Record Drawings and
Specifications, to the Project Inspector a minimum of one week prior to the final
inspection. These Record Documents shall include certification by the
Contractor that the Record Drawings and Specifications are a true representation
of the Work as actually constructed. The Work will not be formally accepted until
the Record Documents are reviewed and accepted by the Project Inspector and
Project Manager.
PROJECT NO. 2012-10-66
I.
Measurement and Payment
In addition to the retention provided for in Sections 8-7, 8-8 and 8-9 of the
Standard Construction Specifications, the County shall retain ten percent (10%)
of each progress or final payment when Record Documents are found not to be
in compliance with the contract requirements. Full compensation for Record
Documents is included in the prices paid for the various items of work and no
separate payment will be made.
1.17
UTILITIES
A.
UTILITY SHUTDOWNS - The Project Inspector shall be notified two (2) working
days in advance of any contemplated shutdown of electricity or other utility. The
Project Inspector’s approval shall be obtained prior to any shutdown activity.
B.
In addition to the requirements of Section 6-10 and 6-16 of the Standard
Construction Specifications, the Contractor shall schedule and coordinate all
connections and other work to be performed by public and private utility
organizations necessary for the completion of the project.
1.18
SITE ACCESS, STORAGE OF SUPPLIES, MATERIALS, EQUIPMENT, ETC.
The Contractor shall obtain the prior approval of the Project Inspector for acceptable
site access or before using any area or space for Contractor’s storage during
construction operations. Materials, equipment, etc., shall not be piled or stored in any
location which shall interfere with the conduct of normal functions of the building and/or
facilities, and shall not constitute a hazard to persons or property. Any required safety
precautions such as signs, danger signals, lanterns, barricades, etc., shall be installed
by the Contractor during construction operations.
1.19
TESTING
NONE The CONTRATOR will supply a curve of the recycled aggregate base material as
part of the submittal requirements.
The DISTRICT will pay for the first compaction test of the proof roll of the native soil conditions or the recycled aggregate base material once placed.
In the case of unacceptable compaction results, the CONTRACTOR will assume the liability for subsequent testing’s by the geo-tech consultant.
1.20
ASBESTOS MATERIALS
A.
It is the intent of these Contract Documents to exclude from the work all materials
containing asbestos.
B.
If asbestos materials are encountered during any work, the Contractor shall
immediately notify the Project Inspector in writing.
C.
Unless specifically specified, the Contractor shall not install any asbestoscontaining building materials. Materials such as mastics, joint compounds and
flashing tars shall have a manufacturer’s statement or label verifying that the
material is asbestos free.
PROJECT NO. 2012-10-66
1.21
SIGNS
No advertising signs of any kind will be permitted except by written permission of the
Project Manager.
1.22
CONTRACTOR’S FIELD OFFICE
A field office as such is not required and space is not available.
1.23
INSPECTOR’S FIELD OFFICE
A field office is not required.
1.24
CONSTRUCTION SITE UTILITIES
A.
WATER: Contractor may connect a temporary line to the existing water service
lines at the site. A quick coupler valve is available within a short distance of the
work area. The Contractor shall be responsible for safety related to tripping
hazards created by hose. Connections to existing water service lines shall be
coordinated with the Sunrise Recreation and Park District, Wayne Edmundson,
at (916) 261-3831. Water used in construction must comply with section 16 of
the Standard Construction Specifications.
B.
ELECTRICAL POWER: Hook-up to existing service is allowed. The Contractor
shall arrange for and shall install power service from SMUD service lines, or shall
provide a portable generator.
C.
TELEPHONE: Contractor shall not have access to phones on site and therefore,
shall arrange for his own pager or portable phone if needed for on-site
communication.
D.
FIELD TOILETS: The Contractor shall furnish, install, and remove at completion
of the job, all sanitary (portable toilet) facilities required during project
construction. Facilities shall be provided in sufficient quantities to comply with
CAL-OSHA regulations. All such sanitary facilities shall be made available for
use by all workers, subcontractors, consultants, and County personnel
associated with the project. The type and location of the facilities shall be subject
to acceptance by the Project Inspector. The Contractor shall maintain sanitary
facilities in a proper, safe, operating, and sanitary condition for the duration of the
work. Contractor’s employees shall not use existing facilities at the site.
1.25
CUTTING AND PATCHING
A.
The Contractor shall be responsible for all cutting, fitting, and patching required
to complete the work including penetrations of surfaces for installation of ducts
and conduit.
B.
Cutting of structural members not specifically shown on the contract drawings, or
cutting which might affect the integrity or effectiveness of weather exposed or
moisture resistant elements or systems, must be approved in advance by the
Engineer.
PROJECT NO. 2012-10-66
C.
The Contractor is responsible for inspecting existing conditions, including
elements subject to damage or movement during cutting or patching, prior to
commencing any cutting operation. The Contractor shall provide temporary
support adequate to insure the structural integrity of the affected portions of the
work, and shall provide devices or use methods to protect other portions of the
facility from damage.
D.
The Contractor shall provide patching of a smooth and continuous nature, and
shall refinish and paint all affected surfaces to match adjacent surfaces.
1.26
SPECIAL SECURITY REQUIREMENTS
A.
The Contractor’s workers and equipment shall be limited to the work areas as
designated by this contract.
B.
The Contractor shall protect his finished product until final acceptance by District.
C.
The Contractor shall protect the Work and materials from theft and damage until
the completion and acceptance of Work. Neither the Agency nor any of its agents
assume any responsibility for collecting funds from any person or persons that
damage the contractors work.
D.
The Contractor shall store materials and equipment in accordance with the
manufacture’s recommendations and erect such temporary structures as
required to protect them from damage.
E.
The Contractor shall furnish guards, fences, warning signs, walks, lights and
shall take all other necessary precautions to prevent damage, injury or theft to
persons or property associated with this Work.
.
In
1.27
SCHEDULE OF WORK AND LIMITATIONS
A.
During the progress of work, the existing facilities shall be maintained without
interruption, and existing parking spaces in the parking lot shall remain open to
the public, except by specific arrangement with the Project Inspector and then
only at such times as approved in writing by the Project Inspector.
B.
The Contractor shall coordinate the work of this contract through the Project
Inspector assigned by the Project Manager, Virg Anderson, 916 725-0133.
C.
The Contractor will be allowed to work Monday – Friday, 7 AM to 6 PM. The City
of Citrus Heights will designate when equipment may be on the road and may
require a traffic control plan.
D.
The contractor shall ensure the roadway and parking lots are kept clean and
open to the public at all times including the evenings and weekends. The
contractor may close off certain areas within the park directly related to the
construction with the prior approval of the Project Manager.
PROJECT NO. 2012-10-66
1.29
CONSTRUCTION MEETINGS
Weekly construction meetings shall be scheduled to coordinate the construction work
between the contractor, client, designer and inspector.
1.30
MANUFACTURED HOUSING UNITS
NOT USED
1.31
EXTENDED WARRANTY
NOT USED
1.32
REQUIRED SUBMITTAL LIST
Appendix B lists the submittals required from the Contractor for this project. This
submittal list is provided for the Contractor’s convenience and may not represent all
submittals required by the contract documents. The Contractor is ultimately responsible
for identifying and providing all required submittals.
1.33
AIRPORT POLICY
NOT USED
END OF SECTION
PROJECT NO. 2012-10-66
DIVISION 2 - SITE WORK
SECTION 02000
2.01
PEDISTRIAN TRAFFIC CONTROL:
The Contractor shall be responsible for a Pedestrian Traffic around the perimeter of the site.
A full TCP completed by a certified Transportation Engineer is not necessary. However, at
minimum, the Contractor must submit a sketch or exhibit showing how the pedestrian
pathway will remain open at all times. The TCP must show traffic flow and areas of closure
and must also address the applicable requirements listed in Section 6-14.02. APPROPRIATE
MEASURES WILL NEED TO BE TAKEN BY THE CONTRACTOR AT ALL TIMES TO
INSURE THE SAFETY OF THE PUBLIC DURING CONSTRUCTION. These safety and/or
detour measures must be shown and described on the TCP. The TCP must be submitted to
and approved by the Project Manager/Inspector for the Sunrise Recreation and Park District.
2. 02 CLEARING, GRUBBING, EXCAVATION AND GRADING:
The Contractor shall clear, grub and/or excavate all soil, rock, stumps, vegetation and other
material necessary to complete the scope of work, as specified herein, as specified in
Sections 15 and 18 of the Standard Specifications, and as shown on the plans.
Excavation amounts have a final pay quantity. The Contractor will responcible for the
excavated materials – for both removal and disposal.
The remaining soil shall be free of deleterious substances, such as, but not limited to, wood
chips, large soil clumps, rocks, sod and other vegetation. The soil should be free of anything
that may make the subsurface unsuitable for the growing of turf or concrete paving as
specified herein and on the plans. Contractor must conform to the requirements of Section
18-2.05 of the Standard Specifications.
All excavated materials, such as, but not limited to sod, soil, vegetation and tree
stumps/roots, shall be disposed of in accordance with the County of Sacramento Construction
Standards and Sections 18-2.03 and 18-7 of the Standard Specifications. Comply with
standard practices and state and local codes.
Grading shall be done in accordance with sheet L3 and L6 of the project plans and the most
recent Sacramento County Standard Construction Specifications. New walkways and paving
are not to exceed 4.5% path of travel slope or 1.5% cross slope at any time. Contractor must
install as per the most recent California Disabled Accessibility Guidebook (CalDAG).
PROJECT NO. 2012-10-66
2.03
DEMOLITION:
All items/features noted on sheet L3 shall be demolished and/or removed as follows:
Concrete paving shall be demolished and replaced as necessary for the pole placement,
boring and wire runs. Remove existing concrete at cold joint (refer to Sections 13-2.08 and
14-4 of the Standard Specifications). Shown sections are to be field verified by Contractor
and approved by the Project Manager. Remaining aggregate base under the walkway(s) if
any is to be left in place and used to augment specified depth if possible. The native soil
shall be proof-rolled to ninety percent (90%) compaction, the top Six inches (6”) of base
material shall be re-compacted as specified above.
2.04
WATER CONNECTION
This project does not require a connection into an existing supply line owned and operated by
Sunrise Recreation and Park District (District). The DISTRICT shall review and approve all
work involving connections to existing water systems.
Location of the existing Quick Coupler valves are available for use by the CONTRACTOR.
2.05
RECYLED AGGREGATE BASE:
Recycled aggregate base shall conform to the requirements of Section 26, ‘Aggregate Bases”
of the State Specifications, and Section 22 of the County Construction Standards
Specifications, along with the following:
1. Compact to 95% relative compaction as stated in the Standard Specifications.
2. Aggregate shall be ¾” size (maximum), Class II.
3. Depth shall be 6” minimum after compaction where required.
END OF SECTION
PROJECT NO. 2012-10-66
DIVISION 3 - CONCRETE
SECTION 03000
3.01
CONCRETE:
Concrete will be installed to County Construction Standards, Section 50-1, and as specified
as follows:
A. #4 reinforcing rod - 16” on center is to be used. Placement of rebar shall be 33% of
thickness of concrete slab from the sub grade.
B. Where new concrete abuts to existing concrete:
1. Grind existing concrete and/or adjust new concrete to meet existing walk with a
smooth, flush transition. Not to exceed 1.5% cross slope at any time.
2. Dowel into existing concrete (all cold joints) as per Section 27.4 and detail 4-43 of
the most recent Standard Specifications.
C. Concrete shall be Class A-2 at 3000 psi minimum.
D. Concrete finish shall be standard broom finish, perpendicular to the path of travel.
E. The interface of concrete at all intersecting walkways comply with the most current
Americans with Disabilities Act (ADA) standards; top of finished concrete will be no
greater than ¼” above adjacent finish grade, and shall not exceed 1.5% cross slope.
F. Walkways are to be installed with lowest percent grade possible. Maintain positive
drainage off concrete. Ideal slope would be 1% in all directions. Drive ramp at C Bar C
will have a running slope of 8.66% max.
G. Score joints and expansion joints shall be at intervals as per County standard
minimum, or less. See Section 27 of the Standard Specifications.
H. Use recycled concrete as aggregate base material whenever possible and as
necessary to meet grade.
3.02 SUBMITTALS:
A. Submit product data and manufacturer's instructions for:
1. Sand, cement and aggregate specifications.
5. Reinforcement material
B. Samples:
1. Submit samples of medium broom finish.
3.03 QUALITY ASSURANCE:
A. Perform work in accordance with ACI 301 and ACI 316R.
B. Conform to ACI 305R during hot weather.
C. Conform to ACI 306R during cold weather.
D. Obtain materials from same source and maintain high degree of consistency in
workmanship throughout Project.
E. Installer Qualifications:
PROJECT NO. 2012-10-66
3.04 DELIVERY, STORAGE AND HANDLING:
A. Comply with manufacturer's instructions.
3.05 PROJECT CONDITIONS:
A. Concrete Environmental Requirements:
1. Schedule placement to minimize exposure to wind and hot sun before curing materials
are applied.
2. Avoid placing concrete if rain, snow, or frost is forecast within 24 hours.
3. Protect fresh concrete from moisture and freezing.
3.06 Concrete Finish:
1. Contractor to provide #2 medium Broom finish perpendicular to path of travel.
2. Contractor to provide security to prevent vandalism to the finished product.
3.07 Concrete Hardener/Sealer:
1. Contractor to apply Ashford Formula at a rate of 200 Sq ft per gal as the curing
compound or approved equal.
2. Compound shall be installed in accordance with the manufactures specifications.
3. Contact information for Ashford Formula,
Curecrete Distribution, Inc.,
1203 West Spring Creek Place,
Springville, UT 84663 USA.
TEL: 801.489.5663,
TOLL FREE: 800.998.5664,
FAX: 801.489.3307
URL: http://www.ashfordformula.com/
END OF SECTION
PROJECT NO. 2012-10-66
PROJECT NO. 2012-10-66
Appendix B
Rusch Park
Ball Field Lighting Project
Note: This submittal list is provided for the
contractor's convenience and may not represent
ALL submittals required by the contract
documents. Contractor is ultimately responsible
for identifying and providing ALL required
submittals.
Manuals
SD
D
P
Q
S
OM
W
SP
T
O
Shop Drawings
Data / List of Materials
Product Catalog Sheets
Quality Control Submittals
Samples or Mockups
Operation and Maintenance
Warranty Over One Year
Spare Parts
Training
Other
REQUIRED SUBMITTAL LIST
SPEC.
ITEM REQUIRING A SUBMITTAL
SECTION
REQUIRED SUBMITTAL TYPE
SD D P Q S OM W SP T O
01000
Construction Schedule
X
01000
Record Drawings and Specifications
X
02000
Pedestrian Traffic Control Plan
X
02000
Recycled Base Material Compaction Curve
03000
Curing compounds
X
03000
Surface Retarder
X
03000
Concrete mix design / specifications
03000
Reinforcement material
03000
Sealant selection
X
X
X
X
X X
X
X
END OF MATRIX
X
X
X